Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

Z -- Grounds Maintenance at Matagorda TX and Morgan City LA

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
FA4890-04-T-0007
 
Response Due
3/15/2004
 
Point of Contact
Carla Ashby, Contract Administrator, Phone 757-764-9170, Fax 757-764-9153, - Sharon Potter, Contracting Officer, Phone 757-764-9371, Fax 757-764-9153,
 
E-Mail Address
carla.ashby@langley.af.mil, sharon.potter@langley.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA4890-04-T-0007. This solicitation is issued as a RFQ (Request for Quote). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-18 effective 12 Jan 2004 and Federal Acquisition Circular 2001-19 effective 1 Jan 2004. This solicitation is set aside 100% for small business. The NAICS code is 561730 and the small business size standard is $6 million. The contractor shall mow the grass at the Tethered Aerostat Radar System (TARS) sites located at Matagorda, TX and Morgan City, LA. The contractor shall furnish all labor, materials, mowing equipment and fuel required to accomplish this task. These sites contain approximately 16 acres of grass area each. All areas on the sites that contain grass, to include the areas within the fence line and the areas between the exterior double fence, shall be mowed. No edging or blowing will be required. The sites shall be mowed twice a month, approximately every 15 days, beginning 1 Apr 2004 through 30 Sep 2004 for a total of 12 cuttings. After mowing, the grass shall not exceed three (3) inches in height. In the event of inclement weather, the contractor shall coordinate excusable weather delays through the contracting officer. In the event the grass cannot be mowed at one or both sites, the contract price will be adjusted accordingly. DOL Wage Determination number 94-2516 is applicable to Matagorda, TX and DOL Wage Determination number 94-2232 is applicable to Morgan City, LA. The contractor shall mow the grass during daylight hours. The contractor shall maintain all required forms of insurance for their business and employees in accordance with local, state, and federal regulations. The government shall not be liable for any injuries received on government property. Copies of insurance documentation must be submitted to the Contracting Officer before performance on this contract can begin. The contractor shall develop a register of employees and provide the list to the Contracting Officer prior to the start of the contract period and keep it current. The contractor shall provide potable water for their employees at each site, as required. The contractor is not authorized entry into any facility located on the sites with the exception of each site’s the guard building. Contract employees must sign in at the guard building upon their arrival and departure. The contractor shall provide their own telephone service, if needed. The contractor shall observe safety precautions to include wearing appropriate protective equipment, if applicable. The initial tentative performance period for each site is 1 Apr 2004 through 30 Sep 2004. Up to four options may be exercized on this contract for each site to run on an annual fiscal year basis for a total of 9 months per year: October and February through September. During option years there shall be 2 cuttings per month approximately every 15 days for a total of 18 cuttings per year for the months of October and February through September. In the event of inclement weather, the contractor shall coordinate excusable weather delays through the contracting officer. In the event the grass cannot be mowed at one or both sites, the contract price will be adjusted accordingly. In the event this effort is terminated before the planned end of the performance period, the government will give a minimum fifteen (15) day notice. The government is not responsible for any termination costs associated with this effort when the proper 15-day notice has been given. The government will not be responsible for any severance costs due to early termination or the end of the performance period. This is a firm fixed price contract. Invoices for services should be sent monthly on the last day of the month in which the services were received. Payment to the contractor can be made by government check or government purchase card. The contract line item numbers are as follows: 0001 – FFP base year for grounds maintenance services at Matagorda, TX for the period 1 Apr 2004 through 30 Sep 2004, 2 cuttings per month approximately every 15 days for a total of 12 cuttings; 0002 – FFP Option 1 for grounds maintenance services at Matagorda, TX for the period 1-31 Oct 2004 and 1 Feb 2005 through 30 Sep 2005, 2 cuttings per month approximately every 15 days for a total of 18 cuttings; 0003 – FFP Option 2 for grounds maintenance services at Matagorda, TX for the period 1-31 Oct 2005 and 1 Feb 2006 through 30 Sep 2006, 2 cuttings per month approximately every 15 days for a total of 18 cuttings; 0004 – FFP Option 3 for grounds maintenance services at Matagorda, TX for the period 1-31 Oct 2006 and 1 Feb 2007 through 30 Sep 2007, 2 cuttings per month approximately every 15 days for a total of 18 cuttings; 0005 – FFP Option 4 for grounds maintenance services at Matagorda, TX for the period 1-31 Oct 2007 and 1 Feb 2008 through 30 Sep 2008, 2 cuttings per month approximately every 15 days for a total of 18 cuttings; 0006 – FFP base year for grounds maintenance services at Morgan City, LA for the period 1 Apr 2004 through 30 Sep 2004, 2 cuttings per month approximately ever 15 days for a total of 12 cuttings; 0007 - FFP Option 1 for grounds maintenance services at Morgan City, LA for the period 1-31 Oct 2004 and 1 Feb 2005 through 30 Sep 2005, 2 cuttings per month approximately every 15 days for a total of 18 cuttings; 0008 - FFP Option 2 for grounds maintenance services at Morgan City, LA for the period 1-31 Oct 2005 and 1 Feb 2006 through 30 Sep 2006, 2 cuttings per month approximately every 15 days for a total of 18 cuttings. 0009 - FFP Option 3 for grounds maintenance services at Morgan City, LA for the period 1-31 Oct 2006 and 1 Feb 2007 through 30 Sep 2007, 2 cuttings per month approximately every 15 days for a total of 18 cuttings; 0010 - FFP Option 4 for grounds maintenance services at Morgan City, LA for the period 1-31 Oct 2007 and 1 Feb 2008 through 30 Sep 2008, 2 cuttings per month approximately every 15 days for a total of 18 cuttings. Acceptance and FOB point shall be Destination. FAR 52.212-1, Instructions to Offerors – Commercial, is applicable to this acquisition. There are no addenda to this provision. Significant evaluation factors under FAR 52.212-2, Evaluation – Commercial Items, used by the government in awarding this contract shall be (i) past performance and (ii) price. Past performance shall be evaluated significantly higher than price. Offerors shall include a maximum of three (3) references for past performance, if applicable, with its offer. References shall include a description of work performed and a POC with current telephone numbers, and email addresses if available. Offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions – Commercial Items, is applicable to this acquisition. There are no addenda to this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, is applicable to this acquisition. In addition, the following FAR clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212) FAR 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); FAR 52.222-41, Service Contract Act of 1965, as Amended (MAY 1989) (41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); FAR 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.) Other clauses applicable to this acquisition are: FAR 52.204-7, Central Contractor Registration; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18, Availability of Funds DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR clauses cited in DFARS 252.212-7001 are applicable to this acquisition: FAR 52.203-3, Gratuities, and DFARS 252.243-7002, Certification of Requests for Equitable Adjustment The Defense Priorities and Allocations System (DPAS) is not applicable. There is no contract financing or warranty requirements necessary for this acquisition. The primary point of contact for this acquisition is Mrs. Carla Ashby, Contract Specialist, comm (757) 764-9170 or email carla.ashby@langley.af.mil. The Contracting Officer for this acquisition is Ms. Sharon Potter, comm (757) 764-9371 or email sharon.potter@langley.af.mil. Telephone requests for this acquisition will not be accepted, and solicitation packages will not be mailed. Once this document is posted, it is incumbent upon the interested parties to review this website frequently for any updates/amendments to any and all documents. It is anticipated that the following viewers will be needed to view the solicitation: Microsoft Word (.doc), Adobe Acrobat Reader (.pdf), and/or WinZip (.zip or .exe). Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Additional information on CCR is available at (888) 227-2423 and at http://www.ccr.gov. Site visits prior to proposal submission must be coordinated with the contracting office; contact Mrs. Carla Ashby at (757) 764-9170 or Ms. Sharon Potter at (757) 764-9371. Contractors may bid on either site to include all options or both sites to include all options. Proposals must be received by mail or fax by 4 p.m. 15 Mar 2004. Mail proposals to ACC CONS/LGCC, Attn: Mrs. Carla Ashby, Contract Specialist, 11817 Canon Blvd, Suite 306, Newport News, VA 23606. Fax proposals to (757) 764-9153, attn: Mrs. Carla Ashby.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/AACCONS/FA4890-04-T-0007/listing.html)
 
Record
SN00527566-F 20040222/040220233601 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.